Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services
ID: 693JJ326R000003Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693JJ3 ACQUISITION AND GRANTS MGTWASHINGTON, DC, 20590, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; R&D ADMINISTRATIVE EXPENSES (AJ14)
Timeline
    Description

    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for a contract titled "Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services." This Request for Proposal (RFP) seeks to procure advanced crash analysis technical support services to assist in the operation and maintenance of the FOIL, which conducts critical crash and impact tests for vehicles and roadside hardware. The contract will be structured as a 60-month Indefinite-Delivery-Indefinite-Quantity (IDIQ) agreement with a minimum value of $100,000 and a maximum ceiling of $18 million, utilizing Firm-Fixed Price (FFP) and Time and Materials (T&M) task orders. Interested parties should direct inquiries to Rochelle Infante at Rochelle.Infante@dot.gov, with questions regarding the RFP due by December 16, 2025, at noon ET.

    Point(s) of Contact
    Files
    Title
    Posted
    Attachment J.1, titled "Labor Rate Schedule," outlines the loaded labor rates per hour and a schedule of services for a contract. The document specifies thirteen labor categories, including Principal Investigator, various levels of Research Scientists, Lab personnel, Software/Computer Engineer, Technical Writer/Editor, Technology Transfer Specialist, Administrative Support, and Researchers/Graduate Students/Interns, along with Subject Matter Experts. These rates are structured to span six years. The schedule of services details a three-year task order for operating and maintaining the Federal Outdoor Impact Laboratory, categorized as a Time-and-Materials contract. It breaks down estimated costs for each of the three task order years, listing the aforementioned labor categories with placeholders for hours and total costs, which are currently zero. Additionally, the schedule includes an
    This Performance Work Statement outlines a non-personal services task order for the operation and maintenance of the Federal Outdoor Impact Laboratory (FOIL) in McLean, Virginia. The facility conducts crash and impact tests for vehicles and roadside hardware, utilizing a hydraulically-driven accelerator, a pendulum, data sensors, and high-speed cameras. The contractor will be responsible for maintaining the grounds, buildings, equipment, and vehicles, implementing safety upgrades, preparing for and executing tests, documenting results, and supporting program outreach. Key deliverables include working paper reports, updated test plans, test summaries, and maintaining ISO 17025 accreditation. The task order has a three-year performance period, with provisions for a one-month transition phase and periodic progress meetings. The contractor must safeguard government property and ensure all personnel identify themselves as contractors. Travel may be required, and the contractor must cooperate with a successor during contract end transition.
    This government file is a detailed inventory of various assets, likely compiled for an RFP, federal grant, or state/local RFP related to equipment procurement or asset management. The inventory lists a wide range of items, including IT equipment (laptops, desktops, LCDs, printers, network switches, access points), scientific and engineering tools (accelerometers, sensors, data acquisition systems, load cells, string pots, lenses, camcorders, high-speed video cameras, tripods), heavy machinery (forklifts, lathes, concrete drills, plate tampers, backhoes, boom trucks, car lifts), and miscellaneous items (oil extractors, kerosene heaters, fans, oxygen sensors, tape measures, scales, trailers, SUVs). Manufacturers such as Dell, Nikon, Sony, Cisco, HP, Measurement Specialties, Endevco, Interface, and DTS are prominently featured. The document provides specific models and, in some cases, brief descriptions or specifications for each asset, indicating a comprehensive record of available or required equipment.
    The FHWA Subcontracting Plan Template (Form 693JJ326R000003) outlines requirements for contractors to establish and manage subcontracting goals, particularly for small businesses and other socioeconomic categories. It mandates the submission of a detailed plan, including total planned subcontracting amounts, and specific goals for Veteran-Owned, Service-Disabled Veteran-Owned, HUBZone, Small Disadvantaged, and Women-Owned Small Businesses. The document specifies how to calculate percentages, rationale for lower goals, methods for identifying subcontractors, and the administration of the subcontracting program. It also details record-keeping requirements, reporting obligations via eSRS, and commitments to ensure fair competition and timely payments to small business subcontractors, aligning with FAR clauses to promote small business utilization in federal contracts.
    This document, Attachment J.5 of Contract No. 693JJ321D000001, outlines the terms and conditions for a contractor's use of the FHWA FOIL (Federal Outdoor Impact Laboratory) facilities and equipment for non-government commercial purposes. The FHWA authorizes the contractor to use the FOIL for crash and impact testing for commercial purposes, up to 500 hours per year, with potential for future increases. This commercial use must not interfere with government work and requires pre-approval from the COR for scheduling, nature, and purpose to ensure no conflict of interest with FHWA's mission. The contractor is responsible for managing and staffing the FOIL during commercial use, adhering to the FOIL Operations Manual and safety measures. Any products or publications resulting from commercial use must include a disclaimer stating no association with FHWA. The contractor retains all data rights to commercial work but is solely responsible for any liability arising from their negligent acts. In exchange for facility use, the contractor will provide fair rental or other adequate consideration, potentially including a cost-sharing arrangement for lab maintenance and enhancement.
    The document outlines labor category descriptions for a federal government contract, likely an RFP, focusing on highway and vehicle safety, infrastructure security, and advanced crash analysis. It details 12 labor categories, including Principal Investigator, Sr. Research Scientist/Technical Expert, Research Scientist/Technical Expert, Junior Research Scientist/Technical Expert, Lab Manager/Sr. Lab Technician, Lab Technician, Software/Computer Engineer, Technical Writer/Editor, Technology Transfer Specialist, Administrative personnel, and Junior/Senior Researchers/Graduate Students/Interns. Each category specifies minimum educational qualifications, years of experience, and key responsibilities, ensuring the contractor's project team possesses the necessary expertise to provide superior support and products to the satisfaction of the FHWA. The document emphasizes technical leadership, project management, quality assurance, and specialized skills required for various aspects of the contract's anticipated work.
    The Federal Highway Administration (FHWA) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a ceiling of $18 million. This recompete, previously held by George Mason University (contract 693JJ321D00001 with a value of $8.5 million), focuses on FOIL operations and related crash analysis. The discount for commercial use of FOIL facilities will only apply to FOIL maintenance task orders and labor rates. Key aspects include an estimated $2.8 million for Task Order 1 (FOIL O&M), requiring 23,970 labor hours over three years. Contractors must propose reasonable escalation rates, with price analysis based on the Consumer Price Index. Kick-off meeting costs are to be built into general T&M rates. Onsite personnel need a DOT contractor PIV card. FHWA uses government-furnished software for testing and stores crash test data on its servers.
    This government file outlines a 60-month Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract, 693JJ326R000003, for advanced crash analysis research and technical support services at the Federal Highway Administration's (FHWA) Federal Outdoor Impact Laboratory (FOIL) in McLean, Virginia. The contract, with a minimum value of $100,000 and a maximum ceiling of $18,000,000, will utilize Firm-Fixed Price (FFP) and Time and Materials (T&M)/Labor Hour (LH) Task Orders. Key objectives include providing non-personal technical support, developing crash analysis knowledge and technologies, and operating/maintaining the FOIL. The scope encompasses crash modeling and simulation, analyzing physical protection and security systems, and conducting crash/impact tests. The contractor must submit monthly progress reports and an annual report, and all deliverables and intellectual property rights will be assigned to the FHWA. The document also details administrative procedures, payment guidelines, and contractor responsibilities.
    Similar Opportunities
    Technical Expertise and Support Services for FHWA Office of Safety - Industry Day Presentation Slides
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking technical expertise and support services for its Office of Safety, with an upcoming Request for Proposal (RFP) anticipated for release in Q2 2025. The primary objective is to enhance roadway safety through a comprehensive approach that includes technical support, professional capacity building, audience outreach, and operations support across various activities such as research, policy analysis, and training. This initiative reflects the federal commitment to improving transportation safety and aims to engage industry collaboration to address federal procurement requirements systematically, with an estimated contract value of $58 million. Interested vendors can reach out to Monique Snow-Manning at monique.snowmanning@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov for further information.
    Non-Personal Services Contract to Support the Infrastructure Research and Technology Deployment Program.
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking proposals for a Non-Personal Services Contract to support the Infrastructure Research and Technology Deployment Program. This procurement aims to engage professional engineering and technical support services that will enhance the deployment of innovative infrastructure technologies. Such services are crucial for advancing the nation's transportation infrastructure and ensuring the effective implementation of research findings. Interested parties can reach out to Marcus Fowler at Marcus.Fowler@dot.gov for further details regarding the contract, which is outlined in the attached documentation.
    Highway Infrastructure Engineering and Research Data Services (HIERD)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking proposals for the Highway Infrastructure Engineering and Research Data Services (HIERD) contract. This procurement aims to secure non-personal services that require multidisciplinary expertise in pavement, bridge, and highway infrastructure engineering, alongside data management, analytics, and web application development. The contract, structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, is crucial for enhancing the quality and accessibility of highway infrastructure research data through various FHWA InfoHighway portals. Interested small businesses must submit their proposals by the specified deadlines, with a guaranteed minimum contract value of $50,000 and a maximum ceiling of $8,000,000 over a performance period of 60 months. For further inquiries, potential bidders can contact Tamiko Aikens at tamiko.aikens@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    Research Initiatives in Support of FHWA Next Generation Structural Materials and Systems
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting research initiatives to support the development of next-generation structural materials and systems through a Broad Agency Announcement (BAA). This opportunity aims to gather white papers and proposals that address high-priority challenges in areas such as Structural Steel, Structural Concrete, Geotechnical Structures, and Bridge Hydraulics, ultimately enhancing the safety, integrity, durability, and resilience of the nation’s bridges and highway structures. The BAA is designed to facilitate rapid research and development efforts, with project funding typically ranging from $50,000 to $250,000, subject to availability, and requires compliance with various federal regulations, including Section 508 accessibility standards. Interested parties should contact Jessica Prutz at jessica.prutz@dot.gov or Bob Brown at Bob.P.Brown@dot.gov for further information, and proposals will be accepted during individual calls throughout the BAA's five-year duration.
    Addressing Construction Needs for Ultra-High Performance (UHPC) Structural Elements
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking research proposals to address construction needs for Ultra-High Performance Concrete (UHPC) structural elements. The initiative aims to accelerate the adoption of UHPC in highway construction by developing standardized construction guidelines and overcoming key challenges associated with its implementation. This next-generation concrete technology is crucial for enhancing the resilience and modernization of infrastructure, particularly in bridge superstructure and substructure components. Interested parties should submit white papers by February 5, 2026, with anticipated awards ranging from $50,000 to $900,000, and a performance period not exceeding 30 months. For further inquiries, contact Raven Merchant at Raven.Merchant@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    Accelerating Market Readiness Program
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for the Accelerating Market Readiness Program, aimed at enhancing the integration of innovative technologies in highway transportation. This initiative seeks to address critical transportation challenges by inviting proposals that focus on six key innovation topics, including safety, project delivery efficiency, infrastructure performance, climate sustainability, equity, and advanced simulation techniques. The program is designed to foster collaborations among transportation organizations to conduct field tests and document results, ultimately advancing technologies to a market-ready status. Interested parties can reach out to Kristen Hayes at kristen.hayes@dot.gov or Khadija Osman at Khadija.Osman@dot.gov for further information. The solicitation is part of a five-year Broad Agency Announcement, with ongoing opportunities for submission.
    Ceiling Increase for Non-Personal Services Contract to Support the Intelligent Transportation Systems Joint Program Office IDIQ
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking to modify the existing non-personal services contract to support the Intelligent Transportation Systems Joint Program Office by increasing the IDIQ ceiling. This modification is crucial for ensuring continued support and development in transportation research and services, particularly in surface transportation, public transit, and rail systems. The contract is vital for advancing research and development initiatives within the transportation sector, reflecting the government's commitment to enhancing transportation infrastructure and technology. For further inquiries, interested parties can contact James Mikell at james.mikell@dot.gov or by phone at 360-619-7584.
    LABORATORY EQUIPMENT INSPECTION, CALIBRATION AND REPAIR SERVICES
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking a contractor to provide Laboratory Equipment Inspection, Calibration, and Repair Services to support roadwork projects across 19 Western states, including Alaska, Arizona, and California. The procurement involves a Blanket Purchase Agreement (BPA) for a base year and four option years, with an estimated total value of $350,000, focusing on the inspection, calibration, and repair of highway materials testing equipment at various facilities and mobile trailers. Contractors must possess current A2LA accreditation to ISO/IEC 17025, utilize NIST-traceable measuring devices, and employ qualified personnel, ensuring compliance with AASHTO and ASTM standards. Interested parties should contact Chinh Le at Chinh.Le@dot.gov or call 720-963-3549 for further details and must adhere to strict invoicing requirements via the DELPHI iSupplier system.
    Bridging the Use, Innovation, Life, and Durability of Concrete (BUILD Concrete)
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration (FHWA), is soliciting research proposals under Broad Agency Announcement (BAA) No. 693JJ3-24-BAA-0003, titled "Bridging the Use, Innovation, Life, and Durability of Concrete (BUILD Concrete)." The objective of this solicitation is to accelerate the implementation of next-generation binder technologies in engineering practice, ensuring that these materials maintain durability and enhance infrastructure integrity. This initiative is particularly significant as the concrete industry is experiencing rapid innovation, with a focus on market-ready binders that will be benchmarked against industrially produced Class A concrete. Interested parties should note that white papers are due by January 22, 2026, and multiple awards are anticipated, each with a performance period not exceeding 24 months. For further inquiries, contact Raven Merchant at Raven.Merchant@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    Vehicle Purchasing, Leasing, Transfer, Storage, Disposition, Parts Procurement, and Test Coordination Services
    Buyer not available
    The National Highway Traffic Safety Administration (NHTSA), part of the Department of Transportation, is seeking qualified small businesses to provide comprehensive vehicle procurement, leasing, transfer, storage, disposition, parts procurement, and test coordination services. The contractor will support NHTSA's mission by acquiring vehicles for various crash tests and research initiatives, ensuring timely delivery, and maintaining meticulous records while coordinating with multiple testing laboratories. This effort is crucial for enhancing vehicle safety and reducing economic costs associated with traffic incidents. Interested firms must submit their Corporate Capability Statements to Michelle Shanahan at michelle.shanahan@dot.gov by the deadline of 10 calendar days from the publication date of this notice.